SOURCES SOUGHT
49 -- Microscope Preventative Maintenance
- Notice Date
- 3/3/2017
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-17-233
- Archive Date
- 3/24/2017
- Point of Contact
- Jermaine Duncan, Phone: 3018277515
- E-Mail Address
-
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-17-233 2.Title: Microscope Preventative Maintenance 3.Classification Code: 49 - Preventative Maintenance 4.NAICS Code: 541690 - Other Scientific and Technical Consulting Services Description: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The DMPU employs Drosophila as a model system to study the cellular and molecular mechanism underlying the regulation of dendrite morphogenesis and developmental plasticity. DMPU's goal is to apply knowledge derived from the basic research conducted in the lab to be translated into practical diagnostic applications that enhance human health and well-being. The Zeiss LSM700 confocal microscope in this lab is the critical component in the carrying out the lab's mission. This unit was established in 2013 and in August of that year two systems were procured, the LSM 700 and the LSM780 (see contract # HHSN271201300410P). The LSM700 was not put under a maintenance contract at the time of warranty expiration as the laboratories operating budget would not allow for the cost of this. Purpose and Objectives: Preventative Maintenance Contract on Carl Zeiss Spectral Detection LSM 780 GaAsP 32+2PMT, S/N 2504000389. Project requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform service contract performance on the Carl Zeiss Scanning Module LSM700, S/N 2601001015. This instrument is located on the campus of the National Institutes of Health, building 35, Room 1B-804. The contractor shall perform one (1) Preventive Maintenance Inspections during the twelve-month period. Preventive Maintenance will be performed by a Zeiss certified service technician. Service will include installation of hardware upgrades, calibration of the equipment, optimization of alignment for critical components, replacement of wear items, and overall inspection of the instrument to confirm that it is operating at peak efficiency and reliability. The contractor shall provide phone support from a certified technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support. Emergency Service: Scheduled and emergency services shall be performed Monday through Friday between the hours of 8:00 a.m. and 5:00 p.m. excluding Federal Holidays: New Year's Day, Martin Luther King, Jr. Day, Memorial Day, July 4th Holiday, Labor Day, Thanksgiving Holiday, Christmas Eve and Christmas Day Contractor shall cover all travel and associate expenses to perform emergency repairs on site. Replacement parts: Contractor shall furnish all required Zeiss certified replacement parts at no additional cost to the Government. Software Updates/Service: Contractor will provide free of charge any revisions to Zeiss software during the Agreement term. Service Exclusions: Contractor will not be responsible for repairs necessitated by user misuse or error, repairs required due to operator negligence, replacement of accessories and consumables, or problems associated with environmental conditions. Personnel Qualifications: Service personnel need to have the experience deemed appropriate by Carl Zeiss Microscopy, Inc. Information Systems Security Plan Service technicians will have to be cleared at the commercial vehicle inspection station on 9000 Rockville Pike, Bethesda, MD to gain access to the premises. Level of Effort: All Field Service Engineers shall have completed the required training and be certified by the manufacturer. Contractor shall produce copies of these certificates for the field personnel that service the National Institutes of Health for verification of eligibility to perform this service. Deliverables: The contractor shall perform one (1) Preventive Maintenance Inspections during the twelve-month period. Preventive Maintenance will be performed by a Zeiss certified service technician. Service will include installation of hardware upgrades, calibration of the equipment, optimization of alignment for critical components, replacement of wear items, and overall inspection of the instrument to confirm that it is operating at peak efficiency and reliability. In addition, the contractor shall provide phone and e-mail support from a certified technician within 1 business day and on-site service within 3 business days after it is determined that the problem cannot be resolved through phone support. Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Period of Performance/Delivery Requirements: Base Year: 4/1/2017-3/31/2018 Option Year 1: 4/1/2018-3/31/2019 Option Year 2: 4/1/2019-3/31/2020 Option Year 3: 4/1/2020-3/31/2021 Option Year 4:4/1/2021-3/31/2022 Capability Statement: Contractors that believe that they possess the ability to provide the required equipment, warranty, and installation should submit documentation on their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment and warranty 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNs number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government request that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted to Jermaine Duncan, Contract Specialist, via email at jermaine.duncan@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price purchase order. Contracting Office Address: 31 Center Drive Room 1B59 Bethesda, Maryland 20892 United States Place of Performance: Bethesda, Maryland 20892 United States Primary Point of Contact: Jermaine Duncan, Contract Specialist Jermaine.duncan@nih.gov Phone: 301-827-7515
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-17-233/listing.html)
- Record
- SN04423507-W 20170305/170304000148-0f335f0a554070ce7e6be28335f0b2f1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |